GOVERNMENT OF PUDUCHERRY DIRECTORATE OF SOCIAL …45 Soap nut powder Kg 15 46 Tea Dust Kg 15 47...
Transcript of GOVERNMENT OF PUDUCHERRY DIRECTORATE OF SOCIAL …45 Soap nut powder Kg 15 46 Tea Dust Kg 15 47...
1 Signature of the Tenderer with seal
GOVERNMENT OF PUDUCHERRY
DIRECTORATE OF SOCIAL WELFARE No.1, Main Road, Sarathambal Nagar, Puducherry 605 005.
Telephone- (0413) 2205871, 2205872 Fax: (0413)2206762.
*****
No.886/DSW/VO-I/e-Tender (Groceries)/2019-20 Puducherry, Dated 27.06.2019.
NOTICE INVITING E-TENDER
FOR SUPPLY OF DIET & NON-DIET ITEMS FOR THE YEAR 2019-20
On behalf of the President of India “e-Tenders” are invited by the Director, Directorate of Social Welfare,
Puducherry from the DWCRA units/Self Help groups (SHGs)/ NRLM Self Help groups or any other Self Help
groups (supported by Govt. / NABARD / Scheduled Banks) and Public Sector Undertakings those who belongs to
Puducherry region only, for supply of Diet and Non-Diet items (Groceries/provisions) for the year 2019-20 (from
August 2019 to March 2020).
TENDER SCHEDULE
Sl. No. Subject Date and time
1. Download of Documents Start Date From 27.06.2019 at 09.00 A.M.
2. Bid submission start date 27.06.2019 at 09.00 A.M.
3 Last date for submission of Tender online 17.07.2019 at 04.00 P.M.
4. Last date for Submission of Tender Fee and
EMD in a cover at this Department
17.07.2019 at 04.00 P.M.
5. Date for opening Technical bid online by the
Committee.
18.07.2019 at 10.00 A.M.**
A pre bid meeting shall be held on 1st July 2019 at 10.00 AM in the chamber of the Director,
Directorate of Social Welfare, Puducherry. ** If the date scheduled for opening of bid happened to be declared as holiday the tender will be opened on the next working day. Date of opening financial bid online by the Tender Committee will be intimated at a later date
Fee particulars
Tender Form Cost
(Non re fundable)
: Rs. 500/-
(Rupees Five hundred only) Separate Demand Drafts or Bankers
cheques shall be drawn from any
nationalized bank in favor of ‘The
Senior Accounts Officer, Directorate
of Social Welfare, Puducherry
payable at Puducherry.
Earnest Money
Deposit
: Rs. 30,000/- (Rupees Thirty
thousand only)
1. SCOPE OF WORK :
This e-tender meant for supply of Diet and Non-Diet items (Groceries & Provision) to be delivered at
various Homes run by Social Welfare Department in Puducherry region.
The details of destinations i.e, the homes where the items are to be delivered and the list of items
tentatively required per month are listed below:-
2 Signature of the Tenderer with seal
DESTINATIONS
REQUIREMENTS:
TENTATIVE MONTHLY REQUIREMENTS OF GROCERIES & PROVISIONS
(in Kg/Lit/Nos)
Sl.
No. Items
Units
for
estimate
Quantity
estimated
per month
(in KG / lit /
Nos.)
1 2 3 4
1 Boiled Rice (Ponni) (Free from husk & sand) Kg 1695
2 Raw rice (Ponni) (Free from husk & sand) Kg 163
3 Idly rice (Ponmani)(Free from husk & sand) Kg 95
4 Thoor dhal (Grade 1)(Free from dust, sand & pest etc) Kg 189
5 Orid dhal (Full) (Free from dust ,sand, pest etc) Kg 45
6 Orid dhall (Splited) Kg 1
7 Ragi flour(Free from dust & sand, pest) Kg 63
8 Broken Wheat (Free from dust & sand, pest etc) Kg 63
9 Wheat Flour (Free from dust & sand, pest etc)(Aashirvaad) Kg 40
10 Rava (Free from dust & sand, pest etc) kg 158
11 Kuzhambu Milagai powder (Chilli and Coriander Powder mixed ) Kg 46
12 Chilli Powder kg 3
13 Turmeric powder Kg 3
14 Salt (Iodised) Kg 84
15 Salt(Crystal)(Iodised) Kg 54
16 Karupu Kadalai (Free from dust & sand, pest etc) Kg 82
17 Pattani Kg 63
18 Garlic Kg 9
19 Groundnut oil (Agmark) Litre 91
Sl.
No.
NAME AND ADDRESS OF THE HOMES
WHERE THE DIET & NON DIET ITEMS ARE TO BE SUPPLIED
1 Anandha Rangapillai Special School for Differently Abled Children,
E.C.R Main Road, Pillaichavady, Puducherry.
2. Observation Home and Special School,
Cuddalore Road, Ariyankuppam, Puducherry.
3. Home for Aged and Infirm, No.14, II – Cross, 3rd Street,
Krishna Nagar, Puducherry.
4. Aravanippu Illam (Beggar Home), No.24, Vinayagar Koil Street,
Pethuchettipet, Lawspet, Puducherry.
5. Home for Differently Abled Persons (Visually Challenged),
Lawspet, Puducherry.
6 Home for Differently Abled Persons (Mentally Challenged Children),
No.3 Pugazh Illam, Ist Cross, Brindhavanam, Puducherry.
3 Signature of the Tenderer with seal
20 Ghee (Agmark)(Krishna) Kg 9
21 Mustard Kg 5
22 Pepper Kg 5
23 Cumin seed Kg 5
24 Sombu Kg 5
25 Sugar Kg 123
26 Dry chillies Kg 7
27 Jaggery (1st Quality) Kg 5
28 Vermicelli Kg 86
29 Cashew (Broken) Kg 1
30 Raisin Kg 1
31 Bengal gram dhal (Free from dust & sand, pest etc) Kg 17
32 Cardamon Kg 0.20
33 Sago Kg 2
34 Tamarind (1st quality) Kg 48
35 Compound Asofoetida Kg 3
36 Asofoetida powder Kg 2
37 Vadagam Kg 3
38 Broken Black Gram dhall(Free from dust & sand, pest etc) kg 1
39 Fenugreek seed kg 3
40 Green Gram Dhall (Free from dust & sand, pest etc) kg 15
41 Gingelly Oil (Agmark) Litre 15
42 Curry powder Kg 15
43 Pottukadalai kg 46
44 Pattai Kg 0.20
45 Soap nut powder Kg 15
46 Tea Dust Kg 15
47 Cocount Oil (Agmark) Litre 25
48 Bathing soap (Hamam) (150 gms).) No. 182
49 Washing Powder Kg 11
50 Tooth paste (Colgate strong teeth) (50 gms) No. 132
51 Face Powder (Ponds Dreamflower) (100 gms) No. 32
52 Washing soap (100 gms) No. 785
53 Tooth powder (Colgate Tin) (50 gms) No. 30
54 Comb No. 30
55 Tooth brush (Colgate) No. 30
2. ELIGIBILITY CRITERIA :
1) DWCRA units / Self Help groups (SHGs) / National Rural Livelihood Mission (NRLM) Self
Help groups or any other Self Help groups (supported by Govt. / NABARD / scheduled
banks) and Public Sector Undertakings those who are belongs to Puducherry region are only
eligible to participate in the e-tender.
2) Bidders who are blacklisted by any Government/ Government Undertaking are not entitled to
participate in the tender.
3) The intending bidder should have minimum three years of experience in the field of supply of
Groceries & Provisions to Homes/Hostel/any other institutions. (Experience certificate to be
enclosed)
4 Signature of the Tenderer with seal
4) Their average annual turnover for the years 2015-16, 2016-17 & 2017-18 must be not less
than two lakhs.(auditor’s report to be enclosed).
5) The intending bidder should possess valid GST number.
6) The intending bidder should possess valid Registration Certificates obtained from Registrar of
Companies / Registrar of Societies. (Certificate to be enclosed).
3. GENERAL TERMS & CONDITIONS :
1) The Tender / Bid shall only be submitted through online tendering system of
https://pudutenders.gov.in with proof of payment of tender fee and EMD. No physical /
offline bid shall be accepted. Conditional tenders and casual letters sent by the bidders also
will not be accepted.
2) Tender fee and EMD in the form of demand draft as specified in the tender document should
be sent in a separate, sealed cover-I superscribed as “Tender fee and EMD for supply of
Groceries / Provisions” on or before prescribed date and time to the Directorate of social
welfare, No.1, Main Road, Sarathambal Nagar, Puducherry-605 005.
3) The contract shall initially for a period of 8 months (August 2019 to March 2020) and may be
extended further for a period upto one year subject to satisfactory performance on the same
terms and conditions on acceptance of both the parties.
4) It was determined by this Department to go in accordance with the periodical rate issued by
the Department of Economics and Statistics, Puducherry to settle the bills to the relevant
period of supplies with minus or plus percentage (discount or margin) agreed upon the
Government rate by the buyer and seller. For the items that are not covered by Statistical
Department the prevailing market rate shall be taken in to account.
5) Tenderer need not to quote rate for each item while uploading BOQ. Latest Economics &
Statistical Department rate for each item is already preloaded in the BOQ for administrative
reasons. The tenderers are informed to ignore the preloaded rate.
6) The tenderers are only to quote minus or plus percentage what they wish to offer on total
monthly estimated amount. It is informed that it is to be inclusive of all taxes, transportation
service and handling charges etc.,
7) The percentage of minus or plus (discount / margin) what the tenderer prefer to quote
must be within the range between -3% to +3%.
8) The successful tenderer (L1) shall be arrived on the basis of the minus or plus percentage
what they offer.
9) The Director, Social Welfare department, Puducherry reserves the rights to reject/accept
any/all tenders with or without assigning any reason.
10) Pre Bid Meeting: A pre bid meeting shall be held on 1st July 2019 at 10.00 AM in the
chamber of the Director, Directorate of Social Welfare, Puducherry.
11) The successful bidder shall execute an Agreement in a stamp paper to a value of Rs.100/- in
the event of award of contract / supply order.
5 Signature of the Tenderer with seal
12) During the period of agreement if it is found that the contractor is not providing proper
services or charging higher rates by fraudulent manner or otherwise, the Director, DSW
reserves the right to forfeit the security deposit and agreement will be terminated after giving
30 days notice. In such situations, tender can be allotted to second lowest bidder.
4. INSTRUCTIONS TO BIDDERS :
1) The Tenderers are requested to adhere to the date and time specified strictly. Tenders will be
accepted only if submitted in the prescribed manner. Tenderers are requested to read the
instructions. For their own benefit, it is suggested that the Tenderers may contact the below
mentioned number of the Social Welfare Department, Puducherry for assistance during working
days/hours. Phone No.0413-2205871 and 2205872.
2) The Tenderer must apply for Digital Signature Certificate from authorized agency of the
Government of India. For further details and assistance in e-bidding, the Tenderers may contact
the “e-Procurement Cell, Chief Secretariat, Puducherry”. The help desk number is Toll Free
Number 0120-4200462, 0120-4001002, Telephone no. 0120-4200462, 0120-4001002, 0413-
2220225/2233262, Mobile no. 8826246593 and e-mail id: [email protected].
3) If any Bidder fails to submit the on-line tender due to pending procedure for taking valid digital
signature certificate or any other reason, neither e-procurement cell nor the Social Welfare
Department, Puducherry is responsible for it.
4) Before electronically submitting the tenders, it should be ensured that all the tender papers are
digitally signed by the Bidder.
5) While submitting the tender through online the bidders shall have to enter / upload the relevant
documents in the respective online “cover” as per the following order;
(A) Technical Cover:
(a) In the fee cover (in PDF format):
Scanned copies of DD/ Bankers’ Cheque for Tender cost and EMD in favour of the Senior Accounts
Officer, Social Welfare Department payable at Puducherry-605005 should be uploaded / enclosed.
(b) In the Technical document cover (in PDF format)
Scanned copy (signed & sealed) of the Technical Bid along with the supporting papers (except
BoQ Sheet) for evaluation of Technical Bids.
(B) Financial Cover (.xls format)
(a) Bidder shall enter the name of the firm on BoQ.
(b) Bidder are requested not to edit or change any item or quantity
(c) Rates i.e., only the minus or plus percentage on total amount of monthly requirement shall be filled
on BoQ
(d) The percentage of minus or plus (discount / margin) what the tenderer prefer to quote on
total amount must be between the range of -3% to +3%.
6 Signature of the Tenderer with seal
5. DOCUMENTS :
The Tenderers are requested to upload the following Documents seriatumwise.
(i) The Tender Fee of Rs.500/- in the form of Demand Draft in favour of Senior Accounts Officer,
Social Welfare Department, Puducherry.
(ii) The Demand draft towards Earnest Money Deposit of Rs. 30,000/- in favour of the Senior
Accounts Officer, Social Welfare Department, Puducherry should be made payable at State Bank
of India, Puducherry or any Nationalized bank, Puducherry.
(iii) Experience certificate.
(iv) Registration Certificate
(v) Income tax clearance certificate for the last three years viz., 2015-16, 2016-17 and 2017-18.
(vi) Declaration as specified below.
(vii) Annual Turnover Statement from Chartered Accountant for three years i.e., 2015-16, 2016-17 and
2017-18.
(viii) If the tenderers (SHGs) are authorized dealers then they should enclose Letter of authority. (All
copies of certificate/ licences should be duly attested by Notary public).
Note:
a) The originals of the photo copy of documents wherever placed shall be produced when called for by
the Purchase Committee for verification failing which the tenderer will be treated as disqualified
and the tender will be rejected summarily.
b) The documents once submitted will not be returned to the tenderer.
6. TERMS AND CONDITIONS FOR SUPPLY :
1. The supply of the food items are in the 1st quality with FSSAI Standards prescribed by the
Government of India. The packing should clearly mention the date of packing and expiry date.
2. The supplied material should be without adulteration. If adulteration is noticed the supplier
will be prosecuted besides blacklisting the firm and forfeiting the EMD and Security Deposit.
3. Groceries should be supplied on Monthly basis. Wastage or shortage at the time of delivery
will not be accepted. Door delivery should be made during working hours on all working days.
If shortage in quantity or substandard quality in the supplied items is found, the goods will be
rejected and the same should be replaced by the good ones.
4. Supply should be made from ready stock within a week from the date of receipt of indent from
the officers concerned.
7. OPENING OF TENDER :
a. Technical Bid will be opened on the scheduled date and time. If the date fixed for opening of
Tenders happens to be Govt. holiday, the tenders filed/received will be opened on the next
working day at the same time.
7 Signature of the Tenderer with seal
b. During opening of the technical bid, the tenderers may attend either personally or through their
authorized representative. The authorized person should produce authorization letter duly
attesting the signature of the authorized representative by the tenderer.
c. The Financial Bid of the tenderer who qualifies in the Technical Bid only will be considered.
Only the successful tenderers in Technical Bid are eligible to participate in further
proceedings. The Director with the assistance of Tender Committee may evaluate the facilities
and capabilities of the tenderer to determine the technical qualification. After evaluation the
Director will take a decision regarding the technical qualification of every tenderer.
d. The lowest bid will be evaluated on the basis of minus or plus percentage (discount / margin) quoted upon the Economics & Statistics Department rate by the bidders in the financial bid on overall total monthly estimated amount.
e. After deciding the Lowest Rate, The Director, Social Welfare Department Puducherry reserves
the right to place purchase order on tenderer at the lowest rate for any quantity, as may be agreed to be supplied by the Tenderers on the same terms and conditions for supply of Groceries/provisions to various Homes at Puducherry within the time stipulated.
f. The Director, Social Welfare department reserves the right to accept/reject any or all the
tenders at any stage with or without assigning any reason whatsoever and the decision of the
Director, Social Welfare department in this regard is final
8. NEGOTIATIONS :
a. The Director, Social Welfare Department, Puducherry reserve the right to conduct negotiations with any qualified tenderer, if necessary, before finalizing the tender. No tenderer shall have right to insist on negotiations by Social Welfare Department, Puducherry at any time.
b. The Social Welfare Department may conduct negotiation on the same day of opening of the tender or shall inform the tenderers about the date and time of the negotiations as per its decision.
c. a) Depending on the same lowest rates received, negotiations may be conducted with L1 tenderer and in case, the lowest tenderer is not in a position to supply the required quantity, negotiations will be made with the other lowest tenderer to supply the items at the rate quoted by the first lowest tenderer(L1).
1. The tender committee may negotiate to the other tenderers for the supply of the items at the lowest rate quoted by the L1 bidder. The Tender committee may decide the quantity to be supplied by each bidder according to their financial capacity. ii. The tender committee will reserve the rights to negotiate the bidding prices.
9. NOTIFICATION OF AWARD AND SIGNING OF CONTRACT:
i. The successful bidder will be informed about the acceptance of their tender in writing by
registered letter that their bid has been accepted. ii. The notification of award will constitute the formation of the Contract.
iii. Upon the successful Bidder’s furnishing of performance security, the Purchaser will notify each
unsuccessful bidder and will discharge their EMD.
8 Signature of the Tenderer with seal
iv. At the same time as the Purchaser notifies the successful Bidder that his bid has been accepted, the
Purchaser will send a Contract Form. Within 7 days of the receipt of the Contract Form, the
successful Bidder shall sign and date the Contract and return it to the Purchaser.
10. PERFORMANCE SECURITY :
i. Within 7 days after the receipt of notification of award of Contract, the Supplier shall furnish
performance security to the Purchaser for an amount equivalent to 5% of the contract value
valid up to 150 days after the date of completion of performance obligations including warranty
obligations.
ii. The proceeds of the performance security shall be payable to the Purchaser as compensation for
any loss resulting from the Supplier’s failure to complete his obligations under the Contract.
iii. The Performance Security shall be denominated in Indian Rupees and shall be in any one of the
following forms viz., an irrevocable Bank guarantee or Demand Draft, issued by a nationalized
/ scheduled bank.
iv. The performance security will be discharged by the Purchaser and returned to the Supplier
within a reasonable time after the completion of the Supplier’s performance obligations,
including the warranty obligations.
v. Failure of the successful bidder to comply with the requirement shall constitute sufficient
grounds for the annulment of the award and forfeiture of the performance security, in which
event, the Purchaser may make the award to the next lowest evaluated bidder, who matches the
L1 rate or call for new bids.
11. PENALTY ON DEFAULT/EXTENSION OF TIME :
a. The entire ordered quantity should be supplied within the stipulated time. No extension of time
will be granted for supply of beyond the specified date fixed.
b. If the supplier requires an extension of time for completion of the contractual supply, on
account of occurrence of any hindrances, he shall apply in writing for extension on occurrence of hindrance but not after the stipulated date of completion of supply. The Director, Social
Welfare Department may extend the delivery period with or without liquidity damage in case
they are satisfied that the delay in the supply of goods are on account of hindrances beyond
control, such reason shall be recorded while granting extension.
12. PAYMENT :
i. Payment will be considered on monthly basis. The contractor shall submit the bill in duplicate
to the Director, Social Welfare Department along with the acknowledgment of the goods
delivered and any other document as may be prescribed by Social Welfare Department.
ii. The payment to the supplier shall be made by means of crossed cheque / electronic mode in
favour of the tenderer within 30 days from the date of submission of the bills.
iii. No advance payment will be considered.
iv. TDS will be deducted as per provisions under Income Tax Act if any.
9 Signature of the Tenderer with seal
13. LIQUIDTY DAMAGES :
a) If the supplier fails to deliver any or all of the goods or perform the services within the time
period(s) specified in the Contract, the Purchaser shall, without prejudice to their other remedies
under the Contract, deduct from the Contract Price as liquidated damages a sum equivalent to
0.5 percent of the delivered price of the delayed goods or unperformed Services for each week
of delay or part thereof until actual delivery or performance, up to a maximum deduction of 10
percent of the delayed Goods or services on the contract price.
b) Social Welfare Department reserves the right to charge penalty as decided by the Director or
withhold payment for any unsatisfactory stocks supplied by the supplier without prejudices to
other rights and the decision of the Director is final and cannot be called into question.
14. FORCE MAJEURE :
a. In any of the force majeure circumstances, namely act of God, natural calamities, fire, Govt. of
India’s policy, Govt. of Puducherry’s policy, any restriction imposed by State/Central
Government strikes or lock out by workers, war, military operations of any nature and blockades
preventing the supplier from performing his obligations under the contract, the period for
making the supplies shall be extended for as long as these circumstances prevail.
b. In the event the above mentioned circumstances, continuously takes place for more than three
months, the party can have the right to refuse its contractual obligations without prejudice to
indemnification of any losses which it may thereby sustain. The party which is unable to carry
out its contractual obligations shall immediately advise the other party about the commencement
and the continuation of the circumstances preventing the performance of the contract.
15. SUB-LETTING :
The supply tender awarded should be executed by the successful tenderers only and sub-letting
is not permitted.
10 Signature of the Tenderer with seal
ANNEXURE – I
FORMAT OF COVERING LETTER (TECHNICAL BID)
To The Director, Social Welfare Department, Puducherry
Sir,
Sub: Submission of Technical Bid – reg.
Ref: Tender for supply of Groceries and Provisions to various Homes
I /We have read and understood the terms of the tender document. I/We agree to abide by the terms
and conditions of the tender. I/We are herewith submitting our technical bid complete in all respects along
with the documents mentioned in the checklist. I / we also understand that non compliance of any documents
will be treated as non-respective tender and I/ we will lose our claim to participate in the Tender
automatically and our tender is liable to be rejected. I /we assure that the information submitted are true to the
best my / our knowledge and also understand that in case of any information provided by us found to be false
our EMD is liable to be forfeited and the department is free to initiate any legal action against furnishing such
false information / certificates.
SIGNATURE OF THE TENDERER
NAME:
ADDRESS:
11 Signature of the Tenderer with seal
ANNEXURE – II
Affidavit
I _____________________________ S/o __________________________________
Hereby solemnly affirm and declare as under:-
That I am the Secretary/President of M/s.____________________________________________ _ situated
at____________________________________________________________________________ and carrying on
with the Food business licensed under FSSAI.
That I or my firm is not blacklisted or debarred by any Govt. Dept/ Organization/Government undertaking.
That I or my firm has not been convicted under PFA / FSSAI or any other Statutes.
DEPONENT
Verification:
Verified at _________________________________ on _______day of_________________2019, that the
contents of this above affidavit are true and correct to the best of my knowledge and belief.
Proprietor/Partner/Director/
12 Signature of the Tenderer with seal
ANNEXURE-III
PROFILE OF THE BIDDER
1 Name & Address of the Bidder
2 Contact.No
3 E-mail I.D
4 Fax
5 GST.Registration No.
6 PAN No.of SHGs/DWCRA/PSUs
ANNEXURE-IV
(TECHNICAL BID)
CHECK LIST
Sl.
No. PARTICULARS Yes/No
1 Duly Filled and signed tender document
2 Tender form fee receipt / Demand Draft / Banker’s Cheque for Rs. 500/-
3 Earnest Money Deposit in the form of Demand Draft / Banker’s Cheque
for Rs.30,000/-
4 **Copy of GST Registration Certificate of the bidder.
5 Copy of Food License (FSAAI) issued by competent Authority.
6 Affidavit for having not blacklisted.
7 Copy of the PAN CARD for the SHG / DWCRA
8 Updated / Renewal Registration Certificate of the SHG / DWCRA/PSUs
9 Copy of Experience Certificate
10 Annual Turnover Report / Auditors report for three years
11 Income Tax Clearance Certificate
13 Signature of the Tenderer with seal
DECLARATION BY THE TENDERER
A declaration as given below in token of acceptance of all the terms and conditions of tender shall be furnished by
the participating tenderers. Otherwise the tender will be rejected.
“I / We ...……….………..……….................................. the
[Name of the firm (Proprietor) ]
undersigned hereby solemnly declare that the terms and conditions of tender schedule for
supply of items are accepted by me / us and that in the event of selection of my/our rates, the supply
will be effected in full and satisfactorily as per your specifications in respect of quality at the
specified places at Pondicherry, region at my / our own costs / risks within the prescribed time limit
laid down by Social Welfare Department, Government of Puducherry.
“I / We ...……….………..……….................................. also declare / undertake that I / We
shall execute an Agreement in a stamp paper to a value of Rs.100/- in the event of award of contract
/ supply order.
SIGNATURE OF THE TENDERER
WITH SEAL OF THE FIRM
(K. SARANGAPANI)
DIRECTOR